Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 23, 2017 FBO #5721
DOCUMENT

71 -- Chapel furnishings - Attachment

Notice Date
7/21/2017
 
Notice Type
Attachment
 
NAICS
337127 — Institutional Furniture Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 4;Acquisition (90C);1010 Delafield Road;Pittsburgh, PA 15215
 
ZIP Code
15215
 
Solicitation Number
VA24417Q1371
 
Response Due
7/27/2017
 
Archive Date
8/26/2017
 
Point of Contact
Donna Cooper
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined synopsis/solicitation for Chapel Sanctuary and Sacrament Furnishings and Pew Replacement. BRAND NAME OR EQUAL, as prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. A firm-fixed price purchase order is anticipated. (ii) The solicitation number is VA244-17-Q-1371 and is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 (iv) This solicitation is set aside 100% for Small Businesses and the associated NAICS code 337127 has a small business size standard of 1000. (v) Contract Line Items (CLIN): Contract Line Item Number (CLIN) DESCRIPTION OF SUPPLIES QUANTITY Unit of Issue UNIT PRICE AMOUNT 0001 Altar - Sunset Finish, 72"W x 30"D x 40"H 1.00 EA 0002 Altar - Sunset Finish, 60"W x 30"D x 41" 1.00 EA 0003 Offertory Table - Sunset Finish, 18"W x 16"D x 36"H 4.00 EA 0004 Lectern - Sunset Finish, 24"W x 24"D x 45"H 1.00 EA 0005 Pulpit - Sunset Finish, 39"W x 21"D x 46"H 1.00 EA 0006 Celebrant Chair - Sunset Finish, Sherpa Scarlet Fabric, 27"W x 23"D x 37"H 8.00 EA 0007 Registration Stand - Sunset Finish, 20"W x 16"D x 49"H 2.00 EA 0008 Book of Gospels Stand - Sunset Finish, 26"W x 14"D x 44"H 1.00 EA 0009 Prie Dieu Chair - Sunset Finish, 18.5"W x 19"D x 34"H 6.00 EA 0010 Removable Folding Kneeler - Sunset Finish 6.00 EA 0011 Stations of the Cross - Complete Set (14) 1.00 EA 0012 Stations of the Cross - Custom Matching Box Enclosure Set (14) 1.00 EA 0013 Pews - Removal, Disposal and Installation Red Oak Pews - 17' Long, Qty: 18 Red Oak Pews - 11'-5" Long, Qty: 2 Book Rack 3 Book Capacity, Qty: 54 Kneelers, Qty: 18 Conceled Floor Fasteners 1.00 EA 0014 Red Oak Altar Rail - Fixed (As Per Final Design) See Attachment 1.00 EA GRAND TOTAL (vi) Comparable products must be brand name or equal in the following specifications: The fabric and finish of the wooden items to be determined with coordination of the project architect and the Lebanon VAMC interior designer. The chaplain has requested Sherpa Scarlet for the fabric and Sunset for the wood finish. The item quantities and dimensions are listed in the CLINs. The furniture stock numbers are based on Woerner Industries, Inc. catalog items as an indication of the agreed upon style preferred by the Chaplains. The contractor shall be able to provide ecclesiastical factory furnishings, have the ability to customize and manufacture ecclesiastical furnishings to match factory colors and styles, provide removal of existing furnishings, and installation of the new. All furnishings shall comply with VA Directives and Handbooks. The removal of the existing items and delivery and installation of the replacement items shall be coordinated with the design/build timeline and coordinated after the contract is awarded. Evaluation of this requirement will be based on PRICE ONLY. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following clauses AND instructions are added as addenda: CLAUSES: 52.204-7 System for Award Management (JUL 2016) 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) 52.211-6 Brand Name or Equal (AUG 1999) 52.214-21 Descriptive Literature (APR 2002) 852.211-73 Brand name or equal. (JAN 2008) 852.233-70 Protest Content/Alternative Dispute Resolution (JAN 2008) 852.233-71 Alternate Protest Procedure (JAN 1998) Evaluation of this requirement will be based on PRICE ONLY (x) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer if has not been completed on SAM.gov. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and the following clauses are added as addenda: 52.203-99 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (DEVIATION) (FEB 2015) (a) The Contractor shall not require employees or contractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect. (c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (d)(1) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), use of funds appropriated (or otherwise made available) under that or any other Act may be prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause. (2) The Government may seek any available remedies in the event the contractor fails to comply with the provisions of this clause. (End of Clause) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil https://acquisition.gov/far (End of Clause) 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) 852.203-70 Commercial Advertising (JAN 2008) 852.246-71 Inspection (Jan 2008) (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to the acquisition: 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2015) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-6 Notice of Total Small Business Set-Aside (2011) 52.219-28 Post Award Small Business Program Representation (JUL 2013) 52.222-19 Child Labor--Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (MAY 2014) 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008) 52.232-34 Payment by Electronic Funds Transfer--Other than System for Award Management (JUL 2013) (xiii) There are no additional contract requirements, terms or conditions. (xiv) The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE. (xv) Quotes must be emailed to Donna.Cooper2@va.gov and received no later than 2:00pm EST on the close date. Quote may be submitted on this document or the vendor s own form. (xvi) For information regarding the solicitation, please contact Donna Cooper at Donna.Cooper2@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/VA24417Q1371/listing.html)
 
Document(s)
Attachment
 
File Name: VA244-17-Q-1371 VA244-17-Q-1371_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3677646&FileName=VA244-17-Q-1371-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3677646&FileName=VA244-17-Q-1371-000.docx

 
File Name: VA244-17-Q-1371 P02 Chapel Drawing view1.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3677647&FileName=VA244-17-Q-1371-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3677647&FileName=VA244-17-Q-1371-001.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veteran Affairs;VA Medical Center;1700 South Lincoln Avenue;Lebanon, PA
Zip Code: 17042
 
Record
SN04590383-W 20170723/170721235344-8bd30852e14a592b4cd54db9749402cd (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.